SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Database Modeller / Information Management Modeller for DND

Solicitation number W8485-TBIPS2023-02/A

Publication date

Closing date and time 2023/05/23 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task Based Informatics Professional Services (TBIPS) Supply Arrangement.

    TASK BASED EN578-170432, PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TBIPS2023-02/A
    TIER 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the:

    - Stream 3 (I) IM/IT Services

    for the services of:

    - One (1) I.4 Database Modeller / Information Management Modeller (Level II)

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years, plus three (3) irrevocable option years allowing Canada to extend the term of the Contract.

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM. (https://canadabuys.canada.ca/en/tender-opportunities).

    Location of Work to be Performed

    Region(s): National Capital Region
    Specific Location(s): NDHQ Carling Campus, 60 Moodie Drive, Ottawa, ON

    Security Requirement

    Security Requirements Check List: Common PS SRCL #41
    Supplier Security Clearance required: FSC - Secret
    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per year.

    Estimated time frame of contract – 20 June 2023 to 31 May 2025 plus three (3) irrevocable option years.

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TBIPS2023-02/A
    DND POC: Tony Seng
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence requires one (1) I.4 Database Modeller / Information Management Modeller, Intermediate (level 2) to support the Directorate Air Strategic Management (D Air SM) within the Royal Canadian Air Force (RCAF). The Database Modeller / Information Management Modeller will assist D Air SM with development of analytics products for the RCAF’s Analytics Support Centre (RASC).

    Documents may be submitted in either official language of Canada.

    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC) at: RCNMDAI.-NCRIMOS@tpsgc-pwgsc.gc.ca

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca….

    List of Pre-Qualified Suppliers

    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:

    1. 01 Millennium Consulting Inc.
    2. 2iSolutions Inc.
    3. 4Plan Consulting Corp.
    4. 7 Theta Inc
    5. A Hundred Answers Inc.
    6. A. Net Solutions Inc.
    7. Accenture Inc.
    8. ACF Associates Inc.
    9. Acosys Consulting Services Inc.
    10. Adecco Employment Services Limited/Services de placement Adecco Limited
    11. Adhartas Consulting Inc.
    12. Adobe Systems Canada Inc.
    13. Aerotek ULC
    14. Alcea Technologies Inc.
    15. ALITHYA CANADA INC
    16. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    17. BBG Management Corporation
    18. Bevertec CST Inc.
    19. Beyond Technologies Consulting Inc.
    20. BP & M Government IM & IT Consulting Inc.
    21. Bridgetown Consulting Inc.
    22. Cache Computer Consulting Corp.
    23. Calian Ltd.
    24. CGI Information Systems and Management Consultants Inc.
    25. Cistel Technology Inc.
    26. CloseReach Ltd.
    27. Cofomo Inc.
    28. Conoscenti Technologies Inc.
    29. Contract Community Inc.
    30. Coradix technology Consulting Ltd.
    31. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    32. Deloitte Inc.
    33. Donna Cona Inc.
    34. Eclipsys Solutions Inc
    35. EMINENT SYSTEMS INC.
    36. ENET4S SOFTWARE SOLUTIONS LTD
    37. Equasion Business Technologies Consulting Inc
    38. Ernst & Young LLP
    39. Excel Human Resources Inc.
    40. Flex Tech Services Inc.
    41. GCSTRATEGIES INCORPORATED
    42. General Dynamics Land Systems – Canada Corporation
    43. GREEN LIGHT CONSULTING SOLUTIONS INC.
    44. Holonics Inc.
    45. I4C INFORMATION TECHNOLOGY CONSULTING INC
    46. IBISKA Telecom Inc.
    47. IBM Canada Limited/IBM Canada Limitée
    48. IDS Systems Consultants Inc.
    49. iFathom Corporation
    50. Integra Networks Corporation
    51. IPSS INC.
    52. IT/Net - Ottawa Inc.
    53. Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    54. KPMG LLP
    55. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    56. Le Groupe Conseil Bronson Consulting Group
    57. Louis Tanguay Informatique Inc.
    58. Lumina IT inc.
    59. MAKWA Resourcing Inc.
    60. Maplesoft Consulting Inc.
    61. Maverin Inc.
    62. Michael Wager Consulting Inc.
    63. Mindwire Systems Ltd.
    64. Modis Canada Inc
    65. Myticas Consulting Inc.
    66. NATTIQ INC.
    67. NavPoint Consulting Group Inc.
    68. Newfound Recruiting Corporation
    69. Nisha Technologies Inc.
    70. Olav Consulting Corp
    71. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    72. OpenFrame Technologies, Inc.
    73. Orangutech Inc.
    74. Pleiad Canada Inc.
    75. PRECISIONERP INCORPORATED
    76. Pricewaterhouse Coopers LLP
    77. Procom Consultants Group Ltd.
    78. Prologic Systems Ltd.
    79. Promaxis Systems Inc
    80. Quallium Corporation
    81. Randstad Interim Inc.
    82. Raymond Chabot Grant Thornton Consulting Inc.
    83. S.I. SYSTEMS ULC
    84. Samson & Associés CPA/Consultation Inc
    85. SAS Institute (Canada) Inc.
    86. SEASI Consulting Inc.
    87. Solutions Moerae Inc
    88. Spearhead Management Canada Ltd.
    89. SRA Staffing Solutions Ltd.
    90. Sundiata Warren Group Inc.
    91. T.E.S. Contract Services INC.
    92. TAG HR The Associates Group Inc.
    93. The Halifax Computer Consulting Group Inc.
    94. The KTL Group, Inc.
    95. THE LANSDOWNE CONSULTING GROUP INC.
    96. THE SOURCE STAFFING SOLUTIONS INC.
    97. The VCAN Group Inc.
    98. Thomas&Schmidt Inc.
    99. TRM Technologies Inc.
    100. Tundra Technical Solutions Inc
    101. Turtle Island Staffing Inc.
    102. Valcom Consulting group Inc.
    103. Veritaaq Technology House Inc.
    104. Vooban
    105. Vurtur Communications Group
    106. Xpert Solutions Technologiques inc.
    107. Zernam Enterprise Inc.

    Contract duration

    The estimated contract period will be 59 month(s), with a proposed start date of 2023/06/20.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By Drive

    Ottawa, ON, K1A 0K2
    CANADA
    Contracting authority
    Tony Seng
    Phone
    (819) 939-4148
    Email
    tony.seng@forces.gc.ca
    Fax
    n/a
    Address

    101 Colonel By Drive

    Ottawa, ON, K1A 0K2
    CANADA
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Contract duration
    59 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Cost-per-Point
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: